Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2020 SAM #6824
SOURCES SOUGHT

16 -- CH-53K Production and Retrofit Integration, Engineering Change Proposals and Logistics Product Support

Notice Date
8/3/2020 1:01:53 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
14G0004_CH-53K
 
Response Due
8/18/2020 1:00:00 PM
 
Archive Date
09/02/2020
 
Point of Contact
Garrett W. Douglass, Phone: 3017575134
 
E-Mail Address
garrett.douglass@navy.mil
(garrett.douglass@navy.mil)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 H-53 Heavy Lift Helicopters Program Office, is seeking sources to provide production and retrofit integration, Engineering Change Proposals (ECP), reliability/sustainability improvements and logistics product support for the United States Marine Corps USMC CH-53K helicopter, simulators and trainers. PLACE OF PERFORMANCE Place of Performance Percentage of Effort Government (On-Site) Contractor (Off-Site) TBD 100% 0% 100% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The H-53 variant helicopters are the primary heavy-lift, rotary wing aircraft for the United States Marine Corps with a mission to provide combat assault transport of heavy weapons, equipment, supplies, and troops. The USMC CH-53K is critical to the execution of our national security strategy, Navy and Marine Corps warfighting concepts, and the associated need for capable heavy-lift. The CH-53 first entered service in the early 1980s, and the requirement exists to sustain and operate the CH-53E through 2030.� Its replacement, the CH-53K, is currently in development, test, and Low Rate Initial Production (LRIP) with planned Initial Operational Capability (IOC) in September 2021. The Sikorsky Aircraft Corporation, a Lockheed Martin Company, has been the sole designer, developer, integrator, and producer of the CH-53E and CH-53K helicopter since their inception. In order to support on-going production and retrofit integration, ECPs, reliability improvements, and logistics product support for CH-53K aircraft, simulators and trainers, the H-53 Program Office has utilized Basic Ordering Agreements with Sikorsky. �The H-53 Program is seeking to issue orders under an existing Lockheed Martin Corporate Basic Ordering Agreement (BOA) as well as a follow on BOA with Lockheed Martin/Sikorsky; however, the Government will consider responses for the purpose of determining whether to conduct a competitive procurement for all or parts of the planned tasking.� The requested information herein is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirement.� The Government does not possess a complete production or retrofit technical data package for the aircraft. ELIGIBILITY The applicable NAICS code is 336413 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. ANTICPATED PERIOD OF PERFORMANCE There will be a five-year period of performance with coverage to begin approximately 1 October 2020. ANTICIPATED CONTRACT TYPE Basic Ordering Agreement with orders that may contain fixed price and cost-type Contract Line Item Numbers (CLINs). REQUIRED CAPABILITIES The requirements under this effort are to provide technical support, program management, recurring and non-recurring engineering for ECPs, and logistics support including retrofit and production forward fit tasks, in support of the CH-53K Engineering Development Models (EDMs), Systems Developmental Test Aircraft (SDTAs), and Low Rate Initial Production (LRIP) aircraft, and training simulators and devices. The Government is unable to furnish CH-53K technical data for aircraft components that will require manufacturing modifications or technical data required for integration of production parts. Delivery orders may include: 1) Development, manufacture and installation of engineering change proposals for upgrades and obsolescence, forward fit and/or retrofit kits including, but not limited to, associated production assessments/life cycle analyses, non-recurring engineering, systems engineering, integrated logistics support, production support, prototyping, validation and verification of changes, development, validation and verification of technical publications/manuals/changes/directives, associated logistics impacts, testing of retrofit safety and test equipment changes, spare and repair parts for aircraft, subsystems, training simulators/devices, tooling and tooling support, and support equipment; 2) Software Development and Infrastructure Support related to systems and subsystems originally developed and integrated by the aircraft Original Equipment Manufacturer (OEM), including, but not limited to, avionics and vehicle management systems upgrades, training simulator/devices and upgrades, avionics support and any hardware upgrades required to implement software updates; 3) Testing, including but not limited to, bench testing, avionics system testing,� qualification testing, characterization testing, airworthiness, ground and fatigue engineering, modeling and simulation, wind tunnel, ground and flight testing, data reduction and analysis of flight test data, technical publication source data, flight clearance recommendation and tactics development; 4) Logistics support, which will include developing product support packages in support of pre-IOT&E and IOT&E period, providing repair of repairables, Interactive Electronic Technical Manual (IETM) updates, updated spares drawings or models for repairable and consumable parts, repairing Peculiar Support Equipment (PSE) to include redesign and retest, procurement of new PSE, providing Intermediate and Depot-Level Maintenance prediction, performing Reliability Centered Maintenance analysis, providing engineering support for damage limits assessment and repair procedures, providing Diagnostics engineering support for the Integrated Vehicle Health Monitoring System (IVHMS), providing Integrated System Support/Integrated Computing Platform (ISS/ICP) support and updates, providing engineering and sustainment support to the Fleet Common Operating Environment (FCOE), providing concurrency of SAC and NAVAIR Product Lifecycle Management (PLM) information systems and developing and delivering Operational Test Program Sets for the Program Loading Set for Contractor Furnished Equipment. 5) Obsolescence management efforts, including, but not limited to, obsolescence trade studies, obsolescence component testing and bridge or life-of-type buys; 6) Support to CH-53K aircraft including, but not limited to, engineering investigations, service life assessment support, service life extension support and studies;� 7) Requalification efforts for subsystems or parts In order to perform these tasks, respondents must have the following capabilities: Demonstrated knowledge of CH-53K loads and dynamics, weight and balance, electrical, avionics, flight control, and hydraulic systems, human systems, performance analysis, system safety, and Electromagnetic Environmental Effects (E3) to provide adequate analysis in support of the flight clearance process. Demonstrated knowledge and ability to analyze CH-53K enhancements to determine if they necessitate updates to any Flight Certification and/or NATOPS performance charts. Demonstrated knowledge and ability to evaluate aircraft performance and the impact of aircraft changes on the current configuration of the CH-53K Automated Logistics Environment and the H-53 Fleet Common Operating Environment (FCOE). Access to CH-53K technical data required to design, develop, manufacture and integrate ECPs and aircraft components for upgrades and obsolescence, forward fit and/or retrofit kits. Demonstrated knowledge and ability to design, development and manufacture aircraft prototype parts. � SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 12 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities.� This documentation must address at a minimum the following: 1. Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. Prior/current corporate experience performing efforts of similar size and scope to the tasking described under �Required Capabilities within the last three years, including contract numbers, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to those tasks. 4. Management approach to staffing this effort with qualified personnel; 5. Company�s prior/current experience and demonstrated knowledge of CH-53K loads and dynamics, weight and balance, electrical, flight control and hydraulic systems, human systems, performance analysis, system safety, and E3 to provide adequate analysis in support of the flight clearance process 6. Company�s prior/current experience and ability to analyze CH-53K enhancements to determine if they necessitate updates to any Flight Certification and/or NATOPS performance charts. 7. Company�s prior/current experience and ability with the CH-53K Automated Logistics Environment and the H-53 Fleet Common Operating Environment (FCOE). 8. Company�s ability to access to CH-53K technical data required to design, develop, manufacture and integrate ECPs and aircraft components for upgrades and obsolescence, forward fit and/or retrofit kits. 9. Company�s prior/current experience and ability to design, development and manufacture aircraft prototype parts. 10. What specific technical skills does your company possess which ensures capability to perform the tasks? 11. Provide any existing technical data licenses of agreements with the CH-53K OEM for performance of CH-53K related tasking or provided documentation, with concurrence from the OEM, demonstrating the ability to obtain any necessary license/agreement for access to CH-53K technical data for this effort. Documents submitted in response to this requirement will not be counted against any page limitations. 12. If you are a small business, provide an explanation of your company�s ability to perform at least 50% of the tasking described in required capabilities, either individually or along with any combination of small businesses. 13. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. 14. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned, Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. � Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Garrett Douglass at garrett.douglass@navy.mil, in either Microsoft Word or Portable Document Format (PDF).� The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 18 August 2020. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted.� All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63dbcae80da147d1a31c42947a49bfee/view)
 
Record
SN05743444-F 20200805/200803230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.